Federal Bid

Last Updated on 06 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Keyport Washington

66--Huntron Tracker 2800

Solicitation ID N0025311T0179
Posted Date 06 Apr 2011 at 1 PM
Archive Date 06 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Keyport Washington United states
Naval Undersea Warfare Center Division Keyport is soliciting for 1 Huntron Tracker. This requirement is being issued as a combined synopsis/solicitation for commercial Items in accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. The solicitation issued as a request for quotation (RFQ) is N00253-11-T-0179 and is attached to this announcement. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the attached solicitation. The proposed contract is 100% set aside for small business concerns. Applicable NAICS code for this requirement is 334515 and has a size standard of 500 employees or less. Offers shall be FOB Destination pricing to NUWC Keyport, WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions should be submitted via e-mail to: [email protected] or faxed to (360) 396-7036. No paper copies will be mailed. Failure to respond to this RFQ and associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications can be completed electronically via the ORCA website at http://orca.bpn.gov. FAR clauses http://www.arnet.gov/far/ DFARS clauses http://www.acq.osd.mil/dpap/dars/dfars/index.htm Solicitation Information NOTE 1: Government Point of Contact for this Solicitation / Request for Quote (RFQ) is: Sherelonn Tweit, Purchasing Agent. Phone: 360-315-6709, Fax: 360-396-7036 Email: [email protected] NOTE 2: All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Email questions to [email protected]. Questions received after a reasonable time will not be entertained. NOTE 3: Utilize the pages in this solicitation to list all unit prices, extended prices, manufacturers and their part numbers, along with description changes (if any). Each Item No. or “CLIN� must be filled out. Company quote forms may be used, but not substituted for a completed solicitation / amendment pages. NOTE 4: Offerors shall be FOB Destination pricing to Keyport, WA. 98345. If you cannot meet the requested delivery date / Period of Performance (POP), line through and replace with your availability. All line items must state the unit price and extended price. Quote quantities as stated in this RFQ. NOTE 5: Offerors shall provide Manufacturers information as requested in provision C.108. Supply city/state if in the United States and/or the country of origin if outside the United States. NOTE 6: Due to the size of this RFQ the government prefers that submission be electronically by email or fax. Failure to provide all required information from this solicitation and any subsequent amendment(s) may deem your company to be considered non-responsive. NOTE 7: COMPLIANCE WITH SPECIFICATIONS In order to ensure compliance with all the specification requirements, the contractor shall indicate in its offer, and notify the Government in a cover letter, what specifications if any, the offeror does not intend to meet. The offeror shall explain, in detail, how any proposed deviation/exception will nonetheless meet the Government's functional requirements. Should descriptive literature be supplied by the offeror, it will be presumed that the offeror intends to meet all of the specifications regardless of the descriptive literature, unless the offeror specifically notes the exceptions. It shall be the obligation of the contractor to exercise due diligence to discover and to bring to the attention of the contracting officer at the earliest possible time, in writing, any ambiguities, discrepancies, inconsistencies, or conflicts in or between the specifications and the applicable drawings or other documents incorporated by reference herein. Failure to comply with such obligation shall be deemed a waiver and release of any and all claims for extra costs or delays arising out of such ambiguities, discrepancies, inconsistencies and conflicts. NOTE 8: In order to be considered for contract award, the proposed item must be NUWC approved. For informational purposes the NUWC approval process is similar to the requirements of the Qualified Products List/Qualified Manufacturer's List and takes a minimum of nine to twelve months. Costs associated with qualification will be the responsibility of the vendor. Questions regarding NUWC approval may be forwarded to the point of contact stated above. NOTE 9: STANDARD WARRANTY The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any Inspection clause that may be in the contract, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ____________ months (offeror is to insert number).
Bid Protests Not Available

Similar Past Bids

Davis West virginia 09 Sep 2019 at 8 PM
Location Unknown 29 Jul 2009 at 6 PM
Robins air force base Georgia 25 Sep 2009 at 6 PM
Pennsylvania Not Specified

Similar Opportunities

Menlo park California 11 Jul 2025 at 11 PM
Keyport Washington 06 Aug 2025 at 3 PM
Washington District of columbia 30 Jun 2026 at 4 AM (estimated)
Washington District of columbia 30 Jun 2026 at 4 AM (estimated)
Washington District of columbia 30 Jun 2026 at 4 AM (estimated)